Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2002 FBO #0131
SOLICITATION NOTICE

C -- RIVERINE/COASTAL FLOOD INSURANCE STUDIES/RESTUDIES THROUGHOUT REGION VI (TX, LA, AR, OK, NM)

Notice Date
4/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Federal Emergency Management Agency, Office of Financial Management, Region VI, 800 North Loop 288, Denton, TX, 76201
 
ZIP Code
76201
 
Solicitation Number
EMT-2002-SL-0001
 
Response Due
5/10/2002
 
Archive Date
5/25/2002
 
Point of Contact
Barbara Journell, Contract Specialist, Phone (940) 898-5335, Fax (940) 898-5388, - Barbara Journell, Contract Specialist, Phone (940) 898-5335, Fax (940) 898-5388,
 
E-Mail Address
barbara.journell@fema.gov, barbara.journell@fema.gov
 
Description
The Federal Emergency Management Agency (FEMA), Region VI intends to award five, five year, indefinite delivery-indefinite quantity (IDIQ) contracts in FY02, subject to the availability of funds, for Revised Flood Insurance Studies (RFIS), disaster recovery maps, and technical assistance related to joint mapping activities initiated under the Cooperating Technical Partner initiatives. Task Orders will be awarded for communities subject to riverine and/or coastal flooding located within FEMA Region VI (Louisiana, Arkansas, Texas, Oklahoma, New Mexico). The selected firms will be required to provide the following services: (1) Collect and enter map needs assessment parameters into national database; (2) Conduct reconnaissance of study area to determine/verify actual field conditions and generate data for studies/restudies, including field survey and the production of topographic map data using LIDAR, aerial, or other procedures where necessary; (3) Conduct hydrologic and hydraulic modeling for risk assessment purposes, which could include the use of automated procedures and geo-referenced database applications; (4) Produce flood insurance studies including Digital Flood Insurance Rate Maps and documents suitable for publication in accordance with Guidelines and Specifications for Flood Hazard Mapping Partners, dated February 2002 (www.fema.gov/mit/tsd/gs_main.htm); (5) Prepare study background material for archiving; (6) Coordinate interim and final documents with Mapping Coordination Contractor(MCC) and assist in responding to comments and appeals received in the MCC-administered public review process; (7) Deliver services to review, revise and/or supplement Cooperating Technical Partners (CTP) products, and flood study data developed by federal or state agencies; (8) Provide disaster recovery maps in a timely manner that could include the use of automated procedures and geo-referenced database applications; (9) Provide technical assistance to Region VI during disaster operations; and (10) Attend meetings in various communities and/or FEMA facilities to coordinate and consult with local community officials, FEMA staff, FEMA review contractors, and others, as required. Generally, assignments initiated under these task orders will be completed within a 12-month period. The minimum price for services is $100,000 for the life of the contract. The maximum price for services is $40,000,000 for the life of the contract. The award date for this IDIQ is scheduled for the fourth quarter of FY 2002 with tasks to be issued over a five-year period. This procurement is classified under the NAICS 541330, Other Engineering Services. The following information pertains to all portions of this announcement. The anticipated contract type will be IDIQ with fixed price and cost reimbursable task orders. Only firms having an accounting system meeting the Defense Contract Audit Agency (DCAA) standards for Cost Reimbursable contracts will be given consideration for contract award. Firms interested in being considered to perform this work are required to submit two (2) copies of a Standard Form (SF) 254 and SF 255 for each of the firm?s home, regional or branch office where they wish to be considered, showing project experience for each specific office and listing the personnel in that office who would be assigned to perform the work. This is not a request for proposal nor is a proposal desired. Joint ventures must include a copy of the legal joint venture agreement signed by an authorized officer from each of the firms comprising the joint ventures with the chief executive officer of each entity identified and must indicate the percentage and type of venture, specific attention is required to assure that ITEM FIVE of SF 255 is completed in full for the joint venture to be considered. An organizational flowchart should be included to define program functional structure. Only one SF 255 shall be submitted for joint ventures. ONLY USE STANDARD PAGES OF THE SF 254 and 255 (Rev. 11/92) prescribed by GSA. Offerors shall submit two (2) copies of the SF 254 and 255 in order to be considered. No more than ten brief resumes may be submitted as part of item 7 of the SF 255, and each resume shall be contained on one single-sided page, using standard 10-point type size. Item 10 of the SF 255 shall be limited to one single-sided page, also using standard 10- point type. On each resume in item number 7 it must be clearly stated where the person is located. If not so stated, the resume may be given no credit. An organizational flowchart should be included for overview of functional hierarchy and organizational capacity. All other material such as brochures, samples of work, attachments or extra pages will not be considered and will be discarded upon receipt. Firms will be selected using procedures for acquisition of architect-engineer services set forth in FAR, Part 36 (Brooks Act, 40 U.S.C. #541-544 (1988), as amended) and the FEMA Acquisition Regulations subparts 4436.6. Selection criteria will be in accordance with FAR Section 36.602-1, Selection Criteria. If a firm has multiple offices, for each of the criteria requiring demonstrated ability and experience, show project experience for each specific office and list the personnel in that office who would be assigned to perform the work. The following factors will be used in the selection of the firms (in scoring these factors, the Government will also evaluate the demonstrated experience of the key personnel in performing the related work, where applicable, while employed by the firm: (1) Specialized in-house experience in the application of Geographic Information Systems (GIS) technology, including automated hydrologic and hydraulic applications, in flood insurance Studies/Restudies (20 points); (2) Specialized experience of key personnel in hydrology and open channel hydraulics for purposes of flood risk assessment and floodplain maps (20 points); (3) Demonstrated experience of the firm, in coastal engineering works including, but not limited to, floodplain mapping, studies of beach erosion, tidal propagation in bays, estuary and inlet hydraulic studies, shore protection designs, and flood risk assessment for coastal environs (Max. pts. 20);(4) Capacity of the firm to meet the riverine and/or coastal RFIS requirements under multiple task orders, including ability to respond to disaster notice within 48 hours of notification (20 points); (5) Past performance of firm on flood insurance studies/restudies or related work of a similar magnitude and complexity in risk assessment/flood plain information studies/restudies in the past three years with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (provide 5 to 7 current references with phone number and point of contact) (20 points); (6) Capability of the firm to coordinate and manage multiple subcontractors while meeting cost, schedule and performance requirements (15 points); (7) Experience in development and use of the digital terrain models and databases used for managing spatial data (15 points); (8) Demonstrated experience of the firm in the application of Geographic Information Systems (GIS) technology in civil engineering applications (10 points); and (9) Geographical proximity of the firm's home, regional, or branch offices to the FEMA Region VI office (10 points). This announcement is open to all firms regardless of size. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 255, Block 6, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52-219.9 as part of the Request for Proposal package. The following small business goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, A GOAL OF 43% TO SMALL BUSINESS. WITHIN A COMPOSITE OF SUBCONTRACTS AWARDED TO SMALL BUSINESS, AWARDS SHOULD INCLUDE 10% DISADVANTAGED SMALL BUSINESS, 5% WOMAN OWNED SMALL BUSINESS, 2% HUBZONE SMALL BUSINESS AND 3% VETERAN-OWNED SMALL BUSINESS. Following an in-depth evaluation of the qualification and performance data submitted, eight or more firms considered to be the most highly qualified to provide the type of service required, will be selected for a ?short-list?. These firms will receive notice of their selection and given a chance to provide additional data. Upon receipt of the ?short-list? response, a final evaluation and selection of the most qualified firm will be made. A proposal will be requested, and price negotiations will be conducted beginning with the most preferred five firms in the final selection, and will proceed until awards are made or all the firms have been rejected. Responses shall reference ?Synopsis Number: EMT-2002-SL-0001, Riverine/Coastal Flood Insurance Restudies Throughout FEMA, Region VI? on the face of the SF 254 and SF 255 as well as the outside of the envelope. All firms interested in the FY 2002 work, regardless of prior submissions, must furnish new forms marked as stated above in order to be considered. All information requested by this announcement must be received no later than 4:00 PM CST on May 10, 2002. The designated address and point of contact for receipt of submittals is the following address, Federal Emergency Management Agency Region VI, 800 North Loop 288, Denton, Texas 76209-3606, ATTENTION: Barbara Journell, Room 125. Firms submitting responses must allow several extra days for mail handling because late response submissions will not be considered except as noted in Federal Acquisition Regulations (FAR), Part 14.304.
 
Place of Performance
Address: Federal Emergency Management Agency, Region VI, 800 North Loop 288, Denton, Texas
Zip Code: 76209-3606
 
Record
SN00056583-W 20020412/020410213410 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.